36
1 TENDER FOR CONSTRUCTION OF TESTING LABORATORY-CUM-OFFICE BUILDING AT IDCO PLOT NO. 6, MANCHESWAR INDUSTRIAL ESTATE, BHUBANESWAR ISO 9001:2008 THE NATIONAL SMALL INDUSTRIES CORPORATION LTD. (A Government of India Enterprise) Link Road Cuttack-753 012 Website: http://www.nsic.co.in

THE NATIONAL SMALL INDUSTRIES CORPORATION LTD. › nsictenders › TenderBhubaneswar.pdf · Tender Document Last Date of Submission Tender 1. Construction of Testing Laboratory-cum-Office

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

  • 1

    TENDER

    FOR

    CONSTRUCTION OF

    TESTING LABORATORY-CUM-OFFICE BUILDING AT

    IDCO PLOT NO. 6, MANCHESWAR INDUSTRIAL ESTATE, BHUBANESWAR

    ISO 9001:2008

    THE NATIONAL SMALL INDUSTRIES CORPORATION LTD.

    (A Government of India Enterprise) Link Road

    Cuttack-753 012 Website: http://www.nsic.co.in

  • 2

    THE NATIONAL SMALL INDUSTRIES CORPORATION LTD. (A GOVERNMENT OF INDIA ENTERPRISE)

    Link Road, Cuttack- 753 012 Ref : SIC/HO/WD/BO-BHUN./1/09-10 Date: 04.04.2011 M/s. ----------------------------------------------------------------- ----------------------------------------------------------------- Sub: Construction of Testing Laboratory-cum-Office Building at IDCO Plot No. 6, Mancheswar Industrial Estate, Bhubaneswar Sir, Tender documents in respect of the above mentioned works containing 39 pages as detailed on page 4 (Index) are forwarded herewith. Please note that tender is to be delivered in the office of the Senior Branch Manager, NSIC Ltd., Link Road, Cuttack – 753 012 on 19-04-2011 up to 3.00 P.M. The Tender should be signed on each page, dated and witnessed in all places provided for in the documents; all other papers should be initialed. The tender should be accompanied by Earnest Money Deposit in the form of demand draft as mentioned in Appendix. Tenders without earnest money deposit shall be summarily rejected. The tenders will be opened at 3.30 P.M. on 19-04-2011.

    The person, signing the tender on behalf of company/firm or on behalf of another person shall attach with tender a certified copy of proper authority/power of attorney on a non-judicial stamp paper of requisite value duly executed in his favour by such person, company/firm and must state specifically that he has authority to sign such tenders for and on behalf of such person or company/firm as the case may be, and in all matters pertaining to the contract including arbitration clause. This letter shall form part of the “CONTRACT” and must be signed and returned along with the tender documents.

    Yours faithfully

    Encl. 39 Pages

    Senior Branch Manager

    Signature of the Bidder with stamp

  • 3

    Tender notice for Construction of Testing Laboratory-cum-Office Building at IDCO Plot No. 6, Mancheswar Industrial Estate, Bhubaneswar

    Tender Notice No. : SIC/HO/WD/BO-BHUN./1/09-10 Date: 04.04.2011 Sealed item rate tenders are hereby invited on behalf of NSIC Ltd. from experienced Contractors S. No.

    Name of the work Estimated cost Rs.

    (Lacs)

    EMD (Rs)

    Completion Time

    Issue of Blank Tender

    Document

    Last Date of Submission

    Tender

    1.

    Construction of Testing Laboratory-cum-Office Building at IDCO Plot No. 6, Mancheswar Industrial Estate, Bhubaneswar

    13.12 26,240/- 105 days

    From 04-04-2011

    To 18-04-2011

    19-04-2011 Upto

    3.00 PM

    1. Blank tender documents (non-transferable) for above work shall be issued from

    04-04-2011 to 18-04-2011 on working days from the address given below on payment of required tender fee of Rs.500/- (Rupees Five hundred only) (non-refundable) in cash/DD in favour of “The National Small Industries Corporation Ltd.”, payable at Cuttack . The bidders may also download the tender documents from the official website of the Corporation, however, a separate demand draft of Rs.500/- in favour of “The National Small Industries Corporation Ltd.”, payable at Cuttack is to be enclosed along with the technical bid towards the cost of tender documents.

    2. The tenderers should have completed minimum two works of similar nature (office/institutional/commercial complex) of minimum value of Rs 8.00 lacs each or one single work of value of Rs.10.50 Lacs in their name, during last five years. Photocopies of the completion certificates/award letters should be submitted along with the tender. Completion certificate issued by the reputed organization / MNC shall also be accepted. In case of certificates issued by the private party, copies of TDS should also be enclosed.

    3. Work of similar nature means “Civil Works in building including RCC/ CC/ Brickwork, plastering, painting, water supply, internal electrification and sanitary works etc.”

    4. While applying for the tender document, the intending tenderers shall furnish proof of, experience certificates, works completed/awarded, valid work contract tax /sales tax/ VAT/TIN as applicable.

    5. The tender issuing authority reserves the right to issue or refuses to issue the tender document to any party without assigning any reason thereof and tenderer shall meet all requisite terms and conditions in participating tenders.

    6. Tenders not accompanied by Earnest Money Deposit and tender cost in the prescribed form shall be summarily rejected.

    7. NSIC reserves the right to reject all or any tender wholly or partly without assigning any reason whatsoever.

    Senior Branch Manager

  • 4

    THE NATIONAL SMALL INDUSTRIES CORPORATION LTD. (A GOVERNMENT OF INDIA ENTERPRISE)

    Link Road, Cuttack- 753 012 Ref : SIC/HO/WD/BO-BHUN./1/09-10 Date: 04.04.2011

    INDEX OF TENDER DOCUMENTS

    S. NO.

    DESCRIPTION PAGES

    1 INSTRUCTION TO TENDERERS 5-6

    2

    GENERAL CONDITIONS OF CONTRACT 7-17

    3 FORM OF TENDER 18-19

    4 APPENDIX 20

    3

    SPECIAL CONDITIONS 21

    5 SCHEDULE OF QUANTITIES

    22-36

    7 DRAWINGS 37-39

  • 5

    INSTRUCTIONS TO TENDERERS

    1.0 GENERAL

    Tenderers are advised to acquaint themselves fully with the description of work, scope of services, time schedule and terms and conditions including all the provisions of the Tender Document before framing up their tender.

    2.0 SITE PARTICULARS

    Tenderers are advised to inspect and examine the site and its surroundings and satisfy themselves before submitting their tenders as to site conditions, means of access to the site.

    3.0 SUBMISSION OF TENDER

    The expression “Tender Notice” referred to in the Tender Documents shall be deemed to include any Notice / Letter Inviting Tender with respect to the work forming the subject matter of the documents and vice- versa.

    The tender complete in all respects shall be submitted along with Earnest Money as stipulated in the Notice / Letter Inviting Tender ONLY. Tenders without Earnest Money Deposit will be out rightly rejected.

    Tenders shall be submitted in Two sealed envelopes Super scribing as following: - I) Technical Bid

    Name of work :

    Tender no. :

    Due date & time of opening :

    Addressed to : Senior Branch Manager, NSIC Ltd., Link Road, Cuttack - 753012 From: Name & address of the tenderer This envelope shall contain the following: -

    a) EMD in the form of Demand Draft drawn on a scheduled/nationalized bank in favour of ‘The National Small Industries Corporation Ltd.” payable at Cuttack. b) Details of the two similar nature of works and minimum value of Rs 8.00 Lacs or one single work of value of Rs. 10.50 lacs executed by the bidder during last five years. In case of works executed for private parties, copies of concerned TDS certificates should also be enclosed. c) Copy of valid PF registration certificate

    d) Valid registration with Sales Tax department for Work Contract Tax/VAT/TIN.

    II) Price Bid

    This envelope containing shall contain the tender document with PRICES and amount duly filled by the party against the each item prescribed in the Schedule of quantity of tender document and no conditions (i.e. deviations / assumptions / stipulations /

  • 6

    clarifications / comments / any other request) whatsoever and the conditional offers will be rejected.

    4.0 ABNORMAL RATES

    If it is noticed that the unit rates quoted by the Tenderer for any items are unusually high or unusually low, it will be sufficient cause for rejection of the tender unless the Corporation is convinced about the reasonableness of the unit rates on scrutiny of the analysis for such unit rate to be furnished by the tenderer on demand.

    5.0 DEVIATIONS TO TENDER CLAUSES:

    Tenderers are advised to submit the tenders strictly based on the terms and conditions and specification contained in the Tender Documents and not to stipulate any deviations. Conditional tenders are liable to be rejected.

    6.0 VALIDITY OF OFFER

    Tender submitted by tenderers shall remain valid for acceptance for a minimum period of 120 days from the date of opening of the tenders.

    7.0 AWARD OF WORK

    Corporation reserves the right to split the job into two or more parts and to award the work to separate agencies/contractors. Work shall be awarded to the lowest bidder, subject to the work experience and fulfillment of other terms & conditions and specifications.

    8.0 ACCEPTANCE / REJECTION OF TENDER

    i) Corporation does not bind itself to accept the lowest tender. ii) Corporation also reserves the right to accept or reject any tender in part or full

    without assigning any reason whatsoever. iii) Corporation also reserves the absolute right to reject any or all the tenders at any

    time solely based on the past unsatisfactory performance by the bidder(s) the opinion/decision of NSIC regarding the same shall be final and conclusive.

    9.0 CORRECTIONS

    No corrections or overwriting will be entertained in schedule of rates by using correcting fluid. All correction in the schedule of rate should be initialed.

    10.0 FIRM RATES

    The rates quoted by bidder shall remain firm till completion of all works even during the extended period, if any, on any account what so ever. It is provided that the contractor shall not change any of the rates, quoted in the tender till the completion of work.

    Senior Branch Manager

  • 7

    GENERAL CONDITIONS OF CONTRACT 1. Where the context so requires, words importing the singular only also include the

    plural and vice versa. 2. Corporation shall mean “The National Small Industries Corporation Ltd.”

    (A Government of India Enterprise) having its registered office at NSIC Bhawan, Okhla Industrial Estate, New Delhi-110020 with one of its Branch Offices at Link Road, Cuttack -753 012 and shall include their legal representatives, successors and permitted assigns.

    3. The Contractor is required to approach the Corporation for execution of agreement for

    the said work as per the prescribed proforma to be provided by the Corporation on a non-judicial stamp paper of Rs.100/- within 10 days from the issue of the letter of award.

    4. Contract Documents:

    The Contractor shall be provided, free of charge, one certified true copy of the Contract Documents and of all further drawings, which may be issued during the progress of the Works. He shall keep these Documents on the Site in good order.

    5. Works to be carried out:

    The work to be carried out under the Contract shall, except as otherwise provided in these conditions, include all labour, materials, taxes tools, plant, equipment and transport which may be required in preparation of and for and in the full and entire execution and completion of the works.

    6. Inspection of Site: The Contractor shall inspect and examine the Site and its surrounding and shall satisfy himself before submitting his tender as to the nature of the Site, the quantities and nature of works and material necessary for the completion of the Works and the means of access to the Site, the accommodation he may require and in general shall himself obtain all necessary information as to risks, contingencies and other circumstances which may influence or affect this tender.

    7. Sufficiency of Tender: The Contractor shall be deemed to have satisfied himself before tendering as to the

    Correctness and sufficiency of his tender for the works and of the rates and prices quoted in the Schedule of Quantities, which rates and prices shall except as otherwise provided, cover all his obligations under the contract and all matters and things necessary for the proper completion and maintenance of the Works.

    8. Any error in description, quantity or rate in Schedule of Quantities or any omission

    there from shall not vitiate the Contract or release the Contractor from the execution of the whole or any part of the Works comprised therein according to drawings and specifications or from any of his obligations under the Contract.

  • 8

    In the event of an error occurring in the amount column of Schedule of Quantities as a result of wrong extension of the unit rate and quantity the unit rate shall be regarded as firm and extension shall be amended on the basis of the rate.

    All errors in totaling in the amount column and in carrying forward totals shall be corrected.

    9. Security Deposit:

    Total security deposit shall be 10 % of the accepted tender cost and shall be deposited/deducted by/from the contractor as following: -

    a) Initial Security Deposit:

    Contractor will deposit initially two and half percent (2.5%) of the accepted tender cost as an initial security deposit within ten (10) days of receipt of the letter of intent/notification of acceptance of the tender by him. The earnest money already deposited shall be converted into initial security deposit and shall become part of the above 2.5% Initial Security Deposit.

    b) Balance Security Deposit

    Balance seven and half per cent (7.5%) will be recovered in installments through deductions at the rate of ten per cent (10%) of the value of each running account bill till total security Deposit amount is collected, after which no further deduction from Bills will be made on this account.

    9.1 All compensation or other sums of money payable by the contractor under the terms of this Contract or any other Contract or any other account whatsoe ver may be deducted from the security deposit.

    9.2 Refund of Security deposit: Security deposit refundable to the Contractor worked out on the basis of the value of work completed shall be refunded to the Contractor on the Engineer-In-Charge certifying in writing that the work has been completed satisfactorily after defect liability period of 12 months.

    9.3 No interest shall be payable to the contractor on the Security Deposit furnished/ recovered from the contractor, by the Corporation.

    10 Deviations/Variations Extent and Pricing

    The Engineer- in-charge shall have power (i) to make alteration, in omissions from, additions to, or substitutions for the original specifications, drawings, designs and instructions that may appear to him to be necessary or advisable during the progress of the work, and (ii) to omit a part of the works in case of non-availability of a portion of the site or for any other reasons and the contractor shall be bound to carry out the works in accordance with any instructions given to him in writing signed by the Engineer-in Charge and such alterations, omissions, additions or substitutions shall form part of the contract as if originally provided therein and any altered, additional or substituted work which the contractor may be directed to do in the manner specified above as part of the works, shall be carried out by the contractor on the same

  • 9

    conditions in all respects including price on which he agreed to do the main work except as hereafter provided. 10.1 The time for completion of the works shall, in the event of any deviations

    resulting in additional cost over the tendered value sum being ordered, be extended if requested by the contractor, as follows:

    i) In the proportion which the additional cost of the altered, additional or

    substituted work, bears to the original tendered value plus

    ii) 25% of the time calculated in (i) above or such further additional time as may be considered reasonable by the Engineer- in-Charge.

    10.2 Deviation, Extra Items and Pricing

    In the case of extra item(s) (items that are completely new, and are in addition to the items contained in the contract), the contractor may within fifteen days of receipt of order or occurrence of the item(s) claim rates, supported by proper analysis, for the work and the Engineer- in-charge shall with in one month of the receipt of the claims supported by analysis, after giving consideration to the analysis of the rates submitted by the contractor, determine the rates on the basis of the market rates and the contractor shall be paid in accordance with the rates so determined.

    In the case of substituted items (items that are taken up with partial substitution or in lieu of items of work in the contract), the rate for the agreement item (to be substituted) and substituted item shall also be determined in the manner as mentioned in the following para.

    Deviation, substituted items, pricing

    a) If the market rate for the substituted item so determined is more than the market rate of the agreement item (to be substituted), the rate payable to the contractor for the substituted item shall the rate fir the agreement item (to be substituted) so increased to the extent of the difference between the market rates of substituted item and the agreement item (to be substituted).

    b) If the market rate for the substituted item so determined is less than the market rate of the agreement item (to be substituted), the rate payable to the contractor for the substituted item shall be the rate for the agreement item (to be substituted) so decreased to the extent of the difference between the market rates of substituted item and the agreement item (to be substituted).

    Deviation, deviated quantities, pricing In the case of contract items, substituted items, contract cum substituted

    items, which exceed the limits laid down in the Appendix, the contractor may within fifteen days of receipt of order or occurrence of the excess, claim revision of the rates, supported by proper analysis for t he work in excess of the above mentioned limits, provided that if the rates so claimed are in excess

  • 10

    of the rates specified in the schedule of quantities, the Engineer-in-charge shall within one month of receipt of the claims supported by analysis, after giving consideration to the analysis of the rates submitted by the contractor, determine the rates on the basis of the market rates and the contractor shall be paid in accordance with the rates so determine.

    10.3 The provisions of the preceding paragraph shall also apply to the decrease in the rates of items for the work in excess of the limits laid down in Appendix, and the Engineer-in-Charge shall after giving no tice to the contractor within one month of occurrence of the excess and after taking into consideration any reply received from him within fifteen days of the receipt of the notice, revised the rates for the work in question within one month of the expiry of the said period of fifteen days having regard to the market rates.

    10.4 For the purpose of operation of Appendix, the following works shall be treated as works relating to foundation unless and otherwise defined in the contract: (i) For Buildings: All works upto 1.2 meters above ground level or upto floor 1 level whichever is lower.

    (ii) For abutments, piers and well steining : All works upto 1.2m above the bed level.

    (iii) For retaining walls, wing walls, compound walls, chimneys, overhead reservoirs/tanks and other elevated structures: All works upto 1.2 meters above the ground levels. (iv) For reservoirs/tanks (other than overhead reservoirs/tanks) : All works upto 1.2 meters above the ground level.

    (v) For basement: All works upto 1.2m above ground level or upto floor 1 level whichever is lower.

    (vi) For Roads, all items of excavation and filling including treatment of sub base.

    11.0 Time and Extension for Delay: 11.1 The time allowed for execution of the works as specified in the Appendix or the extended time in accordance with these conditions shall be the essence of the Contract. The execution of the works shall commence from the 10th day after the date on which the Corporation issues written orders to commence the work or from the date of handing over of the site, whichever is earlier 11.2 As soon as possible after the Contract is concluded the Engineer-in-Charge and the Contractor shall agree upon a Time and Progress Chart. The Chart shall be prepared in direct relation to the time stated in the Contract documents for completion of items of the works. 11.3 If the work be delayed by

    (a) Force majeure or

    (b) Abnormally bad weather or

    (c) Serious loss or damage by fire, or

  • 11

    (d) Civil commotion, local combination of workmen strike or lockout, affecting any of the trades employed on the work, or

    (e) Delay on the part of other contractors or tradesmen engaged by

    Corporation in executing work not forming part of the contract, or

    (f) Any other cause, which, in the absolute discretion of the authority mentioned in Appendix, is beyond the Contractor’s control;

    11.4 Then upon the happening of any such event causing delay, the Contractor shall

    immediately give notice thereof in writing to the Engineer- in-Charge but shall nevertheless use constantly his best endeavors to prevent or make good the delay and shall do all that may be reasonably required to the satisfaction of the Engineer-in-Charge to proceed with the Works.

    12 The Contractor shall arrange, at his own expense, all tools, plant and equipment

    hereafter referred to as (T & P) labour, P.O.L., water & electricity required for execution of the work.

    13. FORCE MAJEURE

    Any delays in or failure of the performance of either party herein shall not constitute default hereunder or give rise to any claim for damages, if any, to the extent such delays or failure of performance is caused by occurrences such as Act of god or the public enemy; expropriation or confiscation of facilities by Government authorities, or in compliance with any order or request of any Governmental authorities or due acts of war, rebellion or sabotage or fires, floods, explosions, riots or illegal joint strikes of all the workers of all the contractors.

    14. MATERIALS

    All materials to be provided by the Contractor shall be in conformity with the specifications laid down in the contract and the Contractor shall, if requested by the Engineer-in-Charge, furnish proof to the satisfaction of Engineer- in-Charge in this regard.

    15. Labour:

    a.) The Contractor shall employ its labour in sufficient numbers to maintain the required rate of progress and of quality to ensure workmanship of the degree specified in the Contract and to the satisfaction of the Engineer-in-Charge. The Contractor shall not employ in connection with the Works any person who has not completed eighteen years of age. b.) All the workers or employees deployed by the contractor shall be considered the employees of contractor and corporation shall not have any liability whatsoever in nature in regard to such workers/employees. c.) The Contractor shall pay to labour employed by him directly wages not less than fair wages as per Minimum Wages Act. Fair Wage’ means wages, which shall include wages for weekly day of rest and other allowances whether for time or piece work, after taking into consideration prevailing market rates for similar employment in the

  • 12

    neighborhood but shall not be less than the minimum rates of wages fixed under the payment of Minimum Wages Act.

    d.) The Contractor shall in respect of labour employed by him or his sub-contractor comply with or cause to be complied with the Contractor Labour Regulation in regard to all matters provided therein.

    e.) The Contractor shall comply with the provisions of the payment of Wages Act, 1936, Minimum Wages Act, 1948, Employers’ Liability Act, 1938. Workmen’s Compensation Act, 1923, Industrial Disputes Act, 1947, Maternity Benefit Act, 1970 or any modification thereof or any other law relating thereto and rules made there under from time to time.

    f) The Contractor shall indemnify and keep indemnified the Corporation against:

    i) Any claim arising out of third party loss/ damage to life or property caused by/ during execution of the work.

    ii) Any claim arising out of loss/ damage to the workmen engaged by the contractor during execution of the work.

    iii) Any claim due to non-compliance of applicable PF/ Labour laws, ESI regulations etc.

    16. Contractor's Liability & Insurance 16.1 Before commencing execution of the work, the Contractor shall, without in any way limiting his obligations and responsibilities under this condition, obtain and deposit with the Corporation-Contractors “All Risk Policy” and “Third Party” Insurance policy. 16.2 The Contractor shall at all times indemnify the Corporation against all claims, damages or compensation under the provisions of Payment of Wages Act, 1936, Minimum Wages Act. 1948, Employer’s Liability Act, 1938 the Workmen’s Compensation Act, 1923, Industrial Disputes Act, 1947 and the Maternity Benefit Act. 1961 or any modifications thereof or any other law relating thereto and rules made thereunder from time to time. 16.3 The Contractor shall prove to the Engineer-in-Charge from time to time that he has taken all the insurance polices referred to above and has paid the necessarypremiums for keeping the policies alive till completion of the work. 17. Inspection and Approval:

    All work embracing more than process shall be subject to examination and approval at each stage thereof and the Contractor shall give due notice to the Engineer- in-Charge or his authorized representative when each stage is ready. The Engineer- in-Charge or his representative shall have powers at any time to inspect and examine any part of the Works and the contractor shall give such facilities as may be required for such inspection and examination.

    18. Liquidated Damages for Delay

    Time is essence of the contract. In case the CONTRACTOR fails to complete the whole work within the stipulated period, and clear the site he shall be liable to pay liquidated damages @ 0.5% (One Half of one percent only) of the value of contract per week and or part thereof of the delay subject to a maximum of 10% (ten percent

  • 13

    only) of the value of the contract. The amount of Compensation may be adjusted or set-off against any sum payable to the Contractor under this or any other contract with the Corporation.

    19. Defect Liability Period

    The Contractor shall be responsible to make good and remedy any defect in the work executed within defect liability period of one year which shall be reckoned from the date of completion of the works and handing over to the Corporation.

    20. Instruction and Notices:

    20.1 Subject as otherwise provided in this contract, all notices to be given on behalf of the Corporation and all other actions to be taken on its behalf may be given or taken by the Engineer- in-Charge or any officer for the time being entrusted with the functions, duties and powers of the Engineer- in-Charge.

    20.2 All instructions, notices and communications, etc., under the contract shall be given in writing and if sent by registered post to the last known place of abode or business of the Contractor shall be deemed to have been served on the date when in the ordinary course of post these would have been delivered to him.

    20.3 Foreclosure of Contract in Full or in Part due to Abandonment or Reduction in Scope of Work.

    If at any time after acceptance of the tender the Corporation shall decide to abandon or reduce the scope of the works for any reason whatsoever and hence not require the whole or any part of the Works to be carried out the Engineer- in-Charge shall give notice in writing to that effect to the Contractor and Contractor shall have no claim to any payment of compensation or otherwise whatsoever, on account of any profit or advantage which he might have derived from the execution of the works in full but which he did not derive in consequence of the foreclosure of the whole or part of the works.

    [

    20.4 The Contractor shall be paid at Contract rates full amount for works executed at Site as certified by the Engineer- in-Charge.

    21. Cancellation of Contract in Full or in Part:

    If the Contractor:

    a. At any time makes defaults in proceeding with the Works with due negligence and continues to do so even after a notice in writing of 7 days from the Engineer- in-Charge; or

    b. Commits default in complying with any of the terms and conditions of Contract and does not remedy it or take effective steps to remedy it within 7 days after a notice in writing is given to him in that behalf by the Engineer-in-Charge; or

    c. Fails to complete the works or items of work on or before the date(s) of completion, and does not complete them within the period specified in a notice given in writing in that behalf by the Engineer-in-Charge; or

    d. Violates any of the terms and conditions stipulated in this agreement

  • 14

    e. Enters into a contract with the Corporation in connection with which commission has been paid or agreed to be paid by him or to his knowledge, unless the particulars of any such commission and the term of payment there have previously been disclosed in writing to the Accepting Authority/ Engineer- in-charge; or f. Offers or gives or agrees to give to any person in Corporation's service or to any other person on his behalf any gift or consideration of any kind as an inducement or reward for doing or for bearing to do or having done any act in relation to the obtaining or execution of this or any other contract for the Corporation; or g. Being an individual or any of its partner (in case the Contractor is a partnership firm) at any time is adjudged insolvent or have a receiving order or order for administration of his estate made against him or shall take any proceedings for liquidation or composition (other than a voluntary liquidation for the purpose of amalgamation or reconstruction) under any insolvency Act for the time being in force or make any conveyance or assignment of his affective or composition or arrangement to benefit of his creditors or purport to do, or if any application be made under any insolvency Act for the time being in force for the sequestration of his estate of if a trust deed be executed by him for benefit of his creditors; or

    h. Being a company, passes a resolution or the Court makes an order for liquidation of its affairs, or a receiver or manager on behalf of the debenture holders is appointed or circumstances shall arise which ent itle the Court or debenture holders to appoint a receiver or manager; or

    i. Assigns, transfers, sublets (engagement of labour on a piece work basis or of labour with materials not be incorporated in the work shall not be deemed to be subletting) or attempts to assign, transfer or sublet the entire works or any portion thereof without the prior written approval of the Accepting Authority. The Competent Authority may, without prejudice to any other right or remedy which shall have accrued or shall accrue thereafter to the Corporation by written notice cancel the contract as a whole or in part as it may deem appropriate and execute the work at the risk and cost of the conractor after giving a written notice. 22. Liability for Damage, Defects or Imperfections and Rectification thereof:

    If the Contractor or his workmen or employees shall injure or destroy any part of the building in which they may be working or any building, road, fence, etc. contiguous to the premises on which the work or any part of it is being executed, or if any damage shall happen to the work while in progress the Contractor shall upon receipt of a notice in writing in that behalf make the same good at his own expense. If it shall appear to the Engineer-in-charge or his Representative at any time during construction or re-construction or prior to the expiration of the expiration of Defects Liability Period, that any work has been executed with unsound, imperfect or unskilled workmanship or that any materials or articles provided by the Contractor are of sub-standard quality shall, upon receipt of a notice in writing in that behalf from the Engineer-in-charge, forthwith rectify or remove and reconstruct the work so specified in whole or in part, as the case may require or as the case may be, and / or remove the

  • 15

    materials or articles at his own expense, notwithstanding that same may have been inadvertently passed, certified and paid for and in the event of his notice aforesaid, the Engineer-in-charge may rectify or remove and re-execute the work and / or remove and replace with others the materials or articles complained of, as the case may be, by other means at the risk and expense of the Contractor.

    22.1 In case of repairs and maintenance works, splashes and dropping from white washing, painting, etc. shall be removed and surfaces cleaned simultaneously with completion of these items of work in individual rooms, cabins or premises, etc. where the work is done, without waiting for completion of all other items of work in the contract. In case the Contractor fails to comply with the requirements of this condition, the Engineer- in-Charge shall have the right to get the work done by other means at the cost of the Contractor. Before taking such action, however, the Engineer-in-Charge shall give three days notice in writing to the Contractor.

    23. Urgent Works:

    If any Urgent work (in respect whereof the decision of the Engineer- in-Charge shall be final and binding) becomes necessary and Contractor is unable or unwilling at once to carry it out, the Engineer- in-Charge may by his own or other workpeople carry it out, as he may consider necessary. If the urgent work shall be such as the Contractor is liable under the contract to carry out at his expenses, the expenses incurred on it by the Corporation shall be recoverable from the Contractor and be adjusted or set off against any sum payable to him.

    24. VALUATION AND PAYMENT: 24.1 The Engineer- in-Charge shall accept as otherwise stated ascertain and determine by

    measurement the value in accordance with the contract work done in accordance therewith.

    24.2 All items having a financial value shall be entered in Measurement Book, etc.

    prescribed by the Corporation so that a complete record is obtained of all work performed under the contract.

    24.3 Payments against running bills may be released subject to value of work executed and measured being not less than Rs.5.00 lac.

    24.4 Payment will be made on actual measurement as carried out at the site. The quantities given in the schedule of quantities are only approximate and contractor will have to carry out the work as per the increased/decreased quantity of work as per the directions of Engineer-in-Charge, for which no extra claim over and above the tender rate will be considered. For releasing the payment upto accepted tender amount the Sr.Branch Manager is the approving authority.

    24.5 The Contractor shall, without extra charge, provide assistance with every appliance, labour and other things necessary for measurements. In regard to measurement, variation; the decision taken by the Engineer-in-charge shall be final.

    No escalation will be paid even in extended period, if any .

    24.6 All measurements shall be taken jointly by the Engineer- in-charge or his authorized

  • 16

    representative and by the contractor or his authorized representative from time to time during the progress of the work and such measurements shall be signed and dated by the Engineer- in-charge and the parties. If the Contractor objects to any of the measurements recorded on behalf of the Corporation a note to that effect shall be made in the Measurement Book against the item object to and such note shall be signed and dated by all the parties engaged in taking the measurement. The decision of the Competent Authority on any such dispute or difference or interpretation shall be final and binding on both the parties and shall be beyond the scope of the settlement of disputes of Arbitration in respect of all contract items, substituted items, extra items and deviations.

    24.7. All statutory deductions as applicable like TDS, sales tax/VAT shall be made from the due payment of the contractor.

    25. Methods of Measurement:

    Except where any general or detailed description of the work in Quantit ies expressly shows to the contrary, Schedule of Quantities shall be deemed to have been prepared and measurements shall be taken in accordance with the procedure set forth in the Schedule of Rates / Specification notwithstanding any provision in the relevant Standard Method of Measurement or any general or local custom.

    26. Income Tax/WCT/VAT

    26.1 Income tax including surcharge if any, at the prevailing rate shall be deducted from the Contractor’s bills as per the provision of Income Tax Act.

    26.2 The Contractor shall ascertain from the concerned commercial tax department regarding the applicability of Works Contract Tax / VAT/TIN. Necessary deductions will be made from the contractor’s bill as applicable.

    27. Carrying out part work at risk & cost of contractor

    The Engineer- in-charge without prejudice to any other right or remedy against the contractor which have either accrued or accrue thereafter to the Corporation, by a notice in writing to take the part work/ part incomplete work of any item(s) out of his hands and shall have powers to:

    (a) Take possession of the site and any materials, constructional plant, implements, stores, etc., thereon; and/or

    (b) Carry out the part work/ part incomplete work of any item(s) at the risk and cost of the contractor.

    Any excess expenditure incurred or to be incurred by the Corporation in completing the part work/ part incomplete work of any item(s) or the excess loss of damages suffered or may be suffered by the Corporation as aforesaid without prejudice to any other right or remedy available to Corporation in law or as per agreement be recovered from any money due to the contractor on any account, and if such money is insufficient, the contractor shall be called upon in writing and shall be liable to pay the same within 30 days.

    If the contractor fails to pay the required sum within the aforesaid period of 30 days, the Engineer-in-charge shall have the right to sell any or all of the contractors’ unused materials, constructional plant, implements, temporary building at site etc. and adjust

  • 17

    the proceeds of sale thereof towards the dues recoverable from the contractor under the contract and if thereafter there remains any balance outstanding, it shall be recovered in accordance with the provision of the contract.

    In the event of above course being adopted by the Engineer- in-charge, the contractor shall have no claim to compensation for any loss sustained by him by reason of his having purchased or procured materials or entered into any e ngagements or made any advance on any account or with a view to the execution of the work or the performance of the contract.

    28. ARBITRATION AND LAWS

    Arbitration: a) Except where otherwise provided for in the contract all questions and disputes relating

    to the meaning of the specifications, designs, drawings and instructions herein before mentioned and as to the quality of workmanship or materials used onto work or as to any other question, claim right matter or thing whatsoever in any way arising out of or relating to the contract, designs drawings, specifications, estimates, instructions, orders and these conditions or otherwise concerning the works, or the execution or failure to execute the same whether arising during the progress of the work or after the completion or abandonment thereof, the same shall be referred to the sole arbitration of the Chairman of the Corporation or such officer as he may appoint to be the Arbitrator. There would be no objection that the Arbitrator is an employee of the Corporation, that he had to deal with the matters to which this agreement relates or that in the course of his duties as an employee of the Corporation he has expressed his views on all or any of the matters in dispute or difference. The award of the Chairman or the officer so appointed by him shall be final and binding on the parties to this agreement.

    b) In case, the arbitrator so appointed by the Chairman of the Corporation is transferred,

    dies, neglects, or refuses to act as an arbitrator or resigns or is otherwise unable to act for any reason whatsoever, it shall be lawful for the Chairman to appoint arbitrator in place of such arbitrator in the manner as aforesaid. Such other person shall be entitled to proceed with the reference from the stage where the earlier arbitrator left the proceeding.

    c) The venue of the Arbitration shall be at Bhubaneswar or at any other place where the

    Zonal/Branch office of the Corporation is situated, at the discretion of the Chairman and the Court at the respective places shall have exclusive jurisdiction to decide the matter relating to the Arbitration referred to the above.

    SIGNATURE OF THE BIDDER Senior Branch Manager

  • 18

    FORM OF TENDER To The Senior Branch Manager NSIC Ltd., Link Road, Cuttack – 753 012. I/We have read and examined the following documents relating to…………………………… ………………………………. …………………………………………………………………

    (Name of the Work)

    a). Notice inviting tender.

    b). Instructions to Tenderers

    c). Technical Specifications

    d). General Conditions of Contract including Contractors, Labour Regulations, Model Rules for Labour Welfare and Safety Code appended to these conditions together with the amendments thereto if any.

    e). Special Conditions of contracts if any.

    f). Bill of Quantities

    I/We hereby tender for execution of the works referred to in the aforesaid documents upon the terms and conditions contained or referred to therein and in accordance in all respects with the specifications, designs, drawings and other relevant details at the rates contained in Schedule and within the period(s) of completion as stipulated in Appendix. In consideration of I/We being invited to tender, I/We agree to keep the tender open for acceptance for 120 days from the due date of submission thereof and not to make any modifications in its terms and conditions which are not acceptable to the Corporation. A sum of Rs 26,240/- is hereby forwarded as Earnest Money Deposit in the form of Demand Draft in favour of “The National Small Industries Corporation Ltd.” payable at Cuttack . If I/We fail to keep the tender open as aforesaid of make any modifications in the terms and conditions of the tender which are not acceptable to the Corporation, I/We agree that the Corporation shall without prejudice to any other right or remedy, be at liberty to forfeit the said earnest money absolutely. Should this tender be accepted, I /We agree to abide by & fulfill all the terms conditions of aforesaid document

  • 19

    If after the te nder is accepted, I/we fail to commence the execution of the work as provided in the conditions, I/We agree that Corporation shall without prejudice to any other right or remedy is at liberty to forfeit the said earnest money absolutely. Signature of bidder……………………… Duly authorized to sign the tender on behalf of the (in block capitals)…………………… ……………………………… Dated……………………… Witness…………………… Date………………………. Address…………………… ……………………………

  • 20

    APPENDIX

    1. Competent Authority C.M.D., NSIC or his Authorised executives 2. Earnest money/Security deposit a) Estimated cost of the Works Rs. 13.12 Lacs b) Earnest money Rs 26,240/- in the form of DD /Pay order in favour of The National Small Industries Corporation Ltd. Payable at Cuttack c) Security Deposit 10% of the contract value. 3. a) Deviation limit for items of work

    Deviation limit beyond which clauses Plus: 30% 10.2 & 10.3 shall apply for the building / Minus : No limit renovation work. 3. b) Deviation limit beyond which clauses 10.2 Plus: 100% & 10.3 shall apply for the foundation work. Minus : No limit

    4. Time allowed for execution of work 105 days 5. Authority competent to decide if CMD, NSIC or his “any other cause” of delay is beyond Authorised representative Contractor's control 6. Liquidated Damaged 0.5% (one half of one percent) per week subject

    to a Maximum 10% value of the contract

    7. Approving Authority for releasing the payment Sr.Branch Manager, NSIC Up to the accepted tender cost. Ltd , Cuttack 8. Defect Liability Period 12 months from the date of Completion of work. 9. Authority competent to reduce CMD NSIC or his Compensation authorized executive.

  • 21

    SPECIAL CONDITONS

    1. During working at site, some restrictions may be imposed by Engineer- in-Charge/Security staff of Corporation or Local Authorities regarding safety and security etc., the contractor shall be bound to follow all such restrictions/instruction & nothing extra shall be payable on this account.

    2. No compensation shall be payable to the contractor for any damage caused by rains lightening, wind, storm, floods Tornado, earth quakes or other natural calamities during the execution of work. He shall make good all such damages at his own cost; and no claim on this account will be entertained.

    3. This Schedule of Quantities, however, is not a guarantee and is merely given as a rough guide and if the work costs more or less, tenderer will have no claim on that account.

    4. The tender shall be based on general conditions of Contract and tenderers are required to quo te their own rates against each item in schedule of quantities, which is enclosed. All rates shall remain firm for the contract period/extended contract period.

    5. If the contractor fails to proceed with the work within the stipulated time as specified from the date of issue of letter of intent/letter to proceed with the work, the Corporation shall forfeit the earnest money deposited by him along with the tender.

    6. All the works to be carried out in accordance with latest CPWD/ IS Specifications and as per the directions of Engineer-in-charge. 7. COST OF TESTS

    The contractor is bound to carry out the tests as per the CPWD guidelines for ascertaining the quality of the works executed/ materials used as and when directed by the Engineer- in-charge. The cost of preparing samples and carrying out tests for quality of material or workmanship will be borne by the contractor except for such exclusions as are specifically mentioned in the specifications laid down in the contract. The cost of all test carried out in Laboratories as directed by the Engineer- in-charge will be borne by the contractor.

    8. DRAWING AND SPECIFICATIONS

    A copy of tender documents and all relevant drawings and specifications shall be obtained by the contractor and kept at site for reference.

    Senior Branch Manager

    SIGNATURE OF THE BIDDER

  • 22

    SCHEDULE OF QUANTITIES FOR CONSTRUCTION OF TESTING LABORATORY-CUM-OFFICE BUILDING AT BHUBANESWAR

    PART-A (CIVIL WORKS)

    Rate (Rs.) S.No. Particulars Unit Qty (In

    figures) (In words)

    Amount (Rs.)

    1 Earth work in excavation by mechanical means (Hydraulic excavator)/manual means in foundation trenches or drains (not exceeding 1.5 m in width or 10 sqm on plan) including dressing of sides and ramming of bottoms, lift up to 1.5 m, including getting out the excavated soil and disposal of surplus excavated soil as directed, within a lead of 50 m

    All kinds of soil Cum 61.54

    2 Filling available excavated earth (excluding rock) in trenches, plinth, sides of foundations etc. in layers not exceeding 20 cm in depth, consolidating each deposited layer by ramming and watering, lead upto 50 m and lift up to 1.5 m.

    Cum 5

    3 Providing and laying in position cement concrete of specified grade excluding the cost of centering and shuttering - All work up to plinth level:

    1:4:8 (1 Cement : 4 coarse sand : 8 graded stone aggregate 40 mm normal size).

    Cum 18.77

    4 Centering and shuttering including strutting, propping etc. and removal of form for :

    Foundations , footings, bases of columns

    Sqm 17

    5 Providing and laying damp-proof course 40mm thick with cement concrete 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate 12.5 mm normal size).

    Sqm 10.92

    6 Extra for providing and mixing water proofing material in cement concrete work @ 1 kg per 50 kg of cement.

    Per 50 kg cement

    60.00

    7 Applying a coat of residual petroleum bitumen of penetration 80/100 of approved quality using 1.7 kg per sq. mtr on damp proof course after cleaning the surface with brushes and finally with a piece of cloth lighly soaked in kerosene oil

    Sqm 10.92

  • 23

    Rate (Rs.) S.No. Particulars Unit Qty (In

    figures) (In words)

    Amount (Rs.)

    8 Brick work with F.P.S. bricks of class designation 75 in foundation and plinth in:

    Cement mortar 1:4 (1 cement : 4 coarse sand)

    Cum 31.59

    9 Brick work with F.P.S. bricks of class designation 75 in superstructure above plinth level up to floor V level in all shapes and sizes in:

    Cement mortar 1:4 (1 cement : 4 coarse sand)

    Cum 29.51

    10 Half brick masonry with FPS bricks of class designation 75 in superstructure above plinth level up to floor V level

    Sqm 29.925

    Cement mortar 1:4 (1 cement : 4 coarse sand)

    11 Filling available excavated earth (excluding rock) in trenches, plinth sides and foundations etc.in layers not exceeding 20 cm in depth, consolidating each deposited layer by ramming and watering, lead up to 50 m and lift up to 1.5 m

    cum 60

    12 Supplying & filling jamuna Sand under floors including, watering, ramming consolidating and dressing complete.

    cum 48

    13 Providing and laying in position specified grade of reinforced cement concrete excluding the cost of centering, shutteing, finishing and reinforcement-All work upto plinth level

    1:1.5:3 (1 cement: 1.5 coarse sand : 3 graded stone aggregate)

    Cum 3

    14 Reinforced cement concrete work in beams, suspended floors, roofts having slope up to 15º landings, balconies, shelves, chajjas, lintels, bands, plain window sills, staircases and spiral stair cases up to floor five level excluding the cost of centering, shuttering, finishing and reinforcement with 1:2:4 (1 cement : 2 coarse sand: 4 graded stone aggregate 20 mm nominal size)

    18.7

    15 Reinforcement for R.C.C. work including straightening, cutting, bending, placing in position and binding all complete

    Thermo-Mechanically Treated bars 3000

  • 24

    Rate (Rs.) S.No. Particulars Unit Qty (In

    figures) (In words)

    Amount (Rs.)

    16 Centering and shuttering including strutting, propping etc. And removal of form for:

    16(a) Foundations , footings, bases of columns, etc. for mass concrete

    Sqm 15

    16(b) Suspended floors, roofs, landings, balconies and access platform

    Sqm 100.04

    16(c) Lintels, beams, plinth beams, girders, bressumers and cantilevers

    Sqm 17.38

    17 12 mm cement plaster of mix: 1:4 (1 cement : 4 coarse sand) Sqm 145.02

    18 12 mm cement plaster of mix: 1:4 (1 cement : 4 fine sand) Sqm 64.58

    19 6 mm cement plaster of mix: 1:3 (1 cement: 3 fine sand) Sqm 100

    20 Finishing walls with water proofing cement paint of required shade:

    New work (Two or more coats applied @ 3.84 kg/10 sqm).

    Sqm 156.36

    21 Distempering with oil bound washable distemper of approved brand and manufacture to give an even shade

    New work (two or more coats) over and including priming coat with cement primer

    Sqm 50.18

    22 Cement concrete flooring 1:2;4 (1 cement: 2 coarse sand : 4 graded stone aggregate) finished with a floating coat of neat cement including cement slurry, but excluding the cost of nosing of steps etc. complete

    40mm thick with 20 mm nominal size stone aggregate

    Sqm 136

  • 25

    Rate (Rs.) S.No. Particulars Unit Qty (In

    figures) (In words)

    Amount (Rs.)

    23 Providing and fixing aluminium work for doors, windows, ventilators and partitions with extruded built up standard tubular sections/appropriate Z sections and other secti ons of approved make conforming to IS : 733 and IS : 1285, fixed with rawl plugs and screws or with fixing clips, or with expansion hold fasteners including necessary filling up of gaps at junctions, at top, bottom and sides with required PVC/neoprene felt etc. Aluminium sections shall be smooth, rust free, straight , mitred and jointed mechanically wherever required including cleat angle, Aluminium snap beading for glazing/panelling, C.P. brass/stainless steel screws, all complete as per architectural drawings and the directions of Engineer-in-charge (Glazing and panelling to be paid for separately).

    23(a) For fixed portion

    Anodized aluminium (anodized transparent or dyed to required shade according to IS : 1868, Minimum anodic coating of grade AC 15)

    Kg 86.13

    23(b) For shutters of doors, windows & ventilators including providing and fixing hinges/pivots and making provision for fixing of fittings wherever required including the cost of PVC/neoprene gasket required (Fittings shall be paid for separately).

    Anodised aluminium (anodised transparent or dyed to required shade according to IS : 1868, Minimum anodic coating of grade AC 15)

    Kg 89.21

    24 Providing and fixing 12 mm thick prelaminated particle board flat pressed three layer or graded wood particle board conforming to IS: 12823 Grade I Type II, in panelling fixed in aluminium doors, windows shutters and partition frames with CP brass/ stainless steel screws etc. Complete as per architectural drawings and directions of engineer-in-charge

    Pre-laminated particle board with decorative lamination on both sides

    Sqm 3.15

  • 26

    Rate (Rs.) S.No. Particulars Unit Qty (In

    figures) (In words)

    Amount (Rs.)

    25 Providing and fixing glazing in aluminium door, window, ventilator shutters and partitions etc. with PVC/neoprene gasket etc. complete as per the architectural drawings and the directions of engineer-in-charge. (Cost of aluminium snap beading shall be paid in basic item);

    25(a) with float glass panes of 4mm thickness Sqm 14.4 25(b) with float glass panes of 5.5 mm

    thickness Sqm 3.78

    26 Providing and fixing double action hydraulic floor spring of approved brand and manufacture IS:6315 marked, for doors including cost of cutting floors as required, embedding in floors and cover plates with brass pivot and single piece M.S. Sheet outer box with slide plate etc. complete as per the direction of Engineer-in charge.

    with stainless steel cover plate each 2 27 Providing and fixing stainless steel (SS

    304 grade) adjustable friction windows stays of approved quality with necessary stainless stell screws etc. to the side hung windows as per direction of Engineer-in-charge complete.

    205 x 19mm each 16 28 Providing and fixing aluminium tubular

    handle bar 32 mm outer dia, 3.0 mm thick @ 2100 mm long with SS crews etc. complete as per direction of Engineer-in-Charge.

    Anodised (AC 15) aluminium tubular handle bar

    each 16

    29 Providing and fixing aluminium tower bolts ISI marked anodized (anodic coating not less than grade AC 10 as per IS : 1868) transparent or dyed to required colour or shade with necessary screws etc. complete:

    29(a) 250 x 10mm each 4

    29(b) 150 x 10mm each 16

    30 Providing and fixing aluminium hanging floor door stopper ISI marked anodised (anodic coating not less than grade AC 10 as per IS : 1868) transparent or dyed to required colour and shade with necessary screws etc. complete.

  • 27

    Rate (Rs.) S.No. Particulars Unit Qty (In

    figures) (In words)

    Amount (Rs.)

    twin rubber stoppers each 4

    31 Providing and fixing bright finished brass 100 mm mortice latch and lock ISI marked with six levers and a pair of anodized (anodic coating not less than grade AC 10 as per IS : 1868) aluminium lever handles with necessary screws etc. complete (Best make of approved quality).

    each 1

    32 Providing and fixing M.S. grills of required pattern in frames of windows etc. with M.S. Flats, square or round bars etc. all complete

    Fixed to openings/ wooden frames with rawl plugs, screws etc

    Kg 360

    33 Providing and fixing in position collapsible steel shutters with vertical channels 20x10x2mm and braced with flat iron diagonals 20x5mm size with top and bottom rail of T-iron 40x40x6mm with 40 mm dia, steel pulleys complete with bolts, nuts, locking arrangement, stoppers, handles, including applying a priming coat of approved steel primer.

    sqm 3.78

    34 Providing gola 75x75 mm in cement concrete 1:2:4 (1 cement : 2 : coarse sand : 4 stone aggregate 10 mm and down gauge) inclduing finishing with cement mortar 1:3 (1 cement : 3 fine sand) as per standard design:

    In 75x75mm deep chase metre 40

    35 Making khurras 45x45 cm each 2 36 Providing and fixing on wall face

    unplasticized rigid PVC rain water pipes conforming to IS: 13592 Type A including jointing with seal ring conforming to IS: 5382 leaving 10 mm gap for thermal expansion (i) single socketed pipes

    110 mm diameter metre 13.2 37 Providing and fixing on wall face

    unplasticized -PVC moulded fittings/ accessories for unplasticized rigid PVC rain water pipes conforming to IS: 5382 leaving 10 mm gap for thermal expansion

    37(a) Coupler 110 mm each 4

    37(b) Single Tee without door 110x110x110mm each 4

  • 28

    Rate (Rs.) S.No. Particulars Unit Qty (In

    figures) (In words)

    Amount (Rs.)

    37(c) Bend 87.5 degree 110 mm ben d each 4

    37(d) Shoe (plain) 110 mm shoe each 4

    38 Providing and fixing unplasticised PVC pipe clips of approved design to unplasticised -PVC rain water pipes by means of 50x50x50mm hard wood plugs, screwed with MS screws of required length including cutting brick work and fixing in cement mortar 1:4 and making good the wall etc. Complete

    110 mm each 8 39 Providing and fixing to the inlet mouth

    of rain water pipe cast iron grating 15 cm diameter and weighing not less than 440 gms

    each 4

    40 Providing and placing on terrace (at all floor levels) polyethylene water storage tank ISI:12701 marked with cover and suitable locking arrangement and making necessary holes for inlet, outlet and overflow pipes but without fittings and the based support for tank

    Lts. 2000

    41 Providing and fixing white vitreous china pedestal type water closet (European type) with seat and lid, 10 litre low level white vitreous china flushing cistern & C.P. Flush bend with fittings & C.I. Brackets, 40mm flush bend, overflow arrangement with specials of standard make and mosquito proof coupling of approved municipal design complete including painting of fittings and brackets, cutting and making good the walls and floors wherever requi red.

    W.C. pan with ISI marked white solid plastic seat and lid.

    Nos. 2

    42 Providing and fixing white vitreous china flat back or wall corner type lipped front urinal basin of 430x250x350mm and 340x410x265mm sizes respectively with automatic flushing cistern with standard flush pipe and C.P. brass spreaders with brass unions and G.I. clamps complete, including painting of fittings and brackets, cutting and making good the walls and floors wherever required:

  • 29

    Rate (Rs.) S.No. Particulars Unit Qty (In

    figures) (In words)

    Amount (Rs.)

    One urinal basin w ith 5 litre white P.V.C automatic flushing cistern

    Nos. 1

    43 Providing and fixing wash basin with C.I. brackets, 15 mm C.P. brass pillar taps, 32 mm C.P. brass waste of standard pattern, including painting of fittings and brackets, cutting and making good the walls wherever required:

    White Vitreous China wash basin size 630x450 mm with a single 15 mm C.P. Brass pillar tap.

    Nos. 1

    44 Providing and fixing GI pipes complete with GI fittings and clamps, including cutting and making good the walls etc.

    Internal work -Exposed on wall 15 mm dia. Nominal bore metre 15

    45 Concealed pipe including painting with anti corrosive bitumastic paint cutting chases and making good the wall

    15 mm dia. Nominal bore metre 15 46 P/F. GI Pipes complete with GI fittings

    including trenching and refilling etc.

    15 mm dia. Nominal bore metre 20 47 Making connection of GI distribution

    branch with GI main of following sizes by providing and fixing tee, including cutting and threading the pipe etc. Complete

    25 to 40 mm nominal bore each 1 48 Fixing water meter and stop cock in GI

    pipe line including cutting and threading the pipe and making long screws etc. Complete (cost of water meter and stop cock to be paid separately)

    each 1

    49 Providing and fixing gun metal gate valve with CI wheel of approved quality (screwed end)

    25 mm nominal bore each 1 50 Providing and fixing CP brass bib cock

    of approved quality conforming to IS:8931

    15 mm Nominal bore each 2 51 Providing and fixing C.P. brass long

    body bib cock of approved quality conforming to IS standards and weighing not less than 690 gms.

    15 mm Nominal bore each 1

  • 30

    Rate (Rs.) S.No. Particulars Unit Qty (In

    figures) (In words)

    Amount (Rs.)

    52 Making soak pit 2.5 m diameter 3.0 metre deep with 45 x 45 cm dry brick honey comb shaft with bricks of class designation 75 and S.W. Drain pipe 100 mm diameter, 1.8 m long complete as per standard design

    With FPS bricks each 1 53 Excavating trenches of required width

    for pipes, cables, etc. Including excavation for sockets, and dressing of sides, ramming of bottoms, depth upto 1.5 m including getting out the excavated soil, and then returning the soil as required, in layers not exceeding 20 cm in depth including consolidating each deposited layer by ramming, watering, etc. And disposing of surplus excavated soil as directed, within a lead of 50 m:

    All kinds of soil Pipes, cables etc. exceeding 80 mm

    dia. but not exceeding 300 mm dia metre 20

    54 Providing, laying and jointing glazed stoneware pipes grade 'A' with stiff mixture of cement mortar in the proportion of 1:1 (1 cement : 1 fine sand) including testing of joints etc. Complete

    150 mm diameter metre 20 55 Providing and laying cement concrete

    1:5:10 (1 cement: 5 coarse sand : 10 graded stone aggregate 40mm nominal size) all-round SW pipes including bed concrete as per standard design:

    150 mm diameter SW pipe metre 20 56 Providing and fixing Stainless Steel A

    ISI 304 (18/8) kitchen sink as per IS 13983 with CI brackets and stainless steel plug 40 mm including painting of fittings and brackets, cutting and making good the walls wherever required:

    Kitchen sink with drain board 510 x 1040 mm bowl depth 250 mm each 1

    57 Providing and fixing 600 x 450 mm beveled edge mirror of superior glass (of approved quality) complete with 6 mm thick hard board ground fixed to wooden cleats with CP brass screws and washers complete

    each 1

  • 31

    Rate (Rs.) S.No. Particulars Unit Qty (In

    figures) (In words)

    Amount (Rs.)

    58 Providing and fixing PTMT towel ring trapezoidal shape 215 mm long, 200 mm wide with a minimum distances of 37 mm from wall face with concealed fittings arrangement of approved quality and colour weighing not less than 88 gms

    each 1

    59 Providing and laying integral cement based water proofing treatment including preparation of surface as required for treatment of roofs, balconies, terraces etc., consisting of following operations : a) Applying a slurry coat of neat cement using 2.75 kg/sqm of cement admixed with water proofing compound conforming to IS:2645 and approved by Engineer-in-charge over the RCC slab including adjoining walls upto 300 mm height including cleaning the surface before treatment. b) Laying brick bats with mortar using broken bricks/ brick bats 25 mm to 115mm size with 50% of cement mortar 1:5 (1 cement:5 coarse sand) admixed with water proofing compound conforming to IS:2645 and approved by Engineer-in-charge over 20 mm thick layer of cement mortar of mix 1:5 (1 cement : 5 coarse sand) admixed with water proofing compound conforming to IS:2645 and approved by Engineer-in-charge to required slope and treating similarly the adjoining walls upto 300 mm height including rounding of junctions of walls and slabs c) After two days of proper curing applying a second coat of cement slurry using 2.75 kg/sqm of cement admixed with water proofing compound conforming to IS:2645 and approved by Engineer-in-charge d) Finishing the surface with 20 mm thick jointless cement mortar of mix 1:4 (1 cement : 4 coarse sand) admixed with water proofing compound conforming to IS:2645 and approved by Engineer-in-charge including laying glass fibre cloth of approved quality in top layer of plaster and finally finishing the surface with trowel with neat cement slurry and making pattern of 300x300 mm square 3mm deep e) The whole terrace so finished shall be flooded with water for a minimum period of 2 weeks for curing and for final test. All above operations to be

  • 32

    Rate (Rs.) S.No. Particulars Unit Qty (In

    figures) (In words)

    Amount (Rs.)

    done in order and as directed and specified by the Engineer-in-charge:

    With average thickness of 120 mm and minimum thickness at khurra as 65mm

    sqm 100.04

    60 Providing soling stones boulder 15 cm & above size granite picked up and nullah boulder including filling the interstices with sand and compacting with hand including ramming, watering cost and transportation of soling stones complete in all respect

    Cum 4

    61 Filling with moorum including ramming and watering for compacting after laying not exceeding 20 cms including lead, labour, T&P of all required materials to complete the work in all respect as per the direction of Engineer-in-charge

    Cum 30

    Total Civil Works.... (Sub-total-A)

  • 33

    PART-B (INTERNAL & EXTERNAL ELECTRICAL WORKS) Rate (Rs.) S.No. Particulars Unit Qty.

    (In figures)

    (In words)

    Amount (Rs.)

    1 Wiring for light point/ fan point/ exhaust fan/ call bell with 1.5 sqmm FR PVC insulated copper conductor single core cable in surface/ recessed steel conduit with modular switch, modular plate, suitable GI box and earthing point with 1.5 sqmm FR PVC insulated copper conductor single core cable etc., as per requirement

    Group C Point 25 2 Wiring for light/ power plug with 2 x 4

    sqmm FR PVC insulated copper conductor single core cable in surface/ recessed steel conduit along with 1 No. 4 sqmm FR PVC insulated copper conductor single core cable for loop earthing as required.

    Metre 30

    3 Wiring for circuit/ submain wiring along with earth wire with the following sizes of FR PVC insulated copper conductor, single core cable in surface/ recessed steel conduit as required

    3 (a) 2 x 1.5 sqmm + 1 x 1.5 sqmm earth wire Metre 50 3(b) 2 x 10 sqmm + 1 x 10 sqmm earth wire Metre 50

    4 Supplying and fixing of 20 mm steel conduit along with accessories in surface/ recess including painting in case of surface conduit, or cutting the wall and making good the same in case of recessed conduit as required

    Metre 50

    5 Supplying and fixing stepped type electronic fan regulator on the existing modular plate switch box including connections but excluding modular plate etc., as required

    each 6

    6 Supplying and fixing suitable size GI box with modular plate and cover in front on surface of in recess, including providing and fixing 6 pin 15/16 & 5/6 amps modular socket outlet and 15/16 amps modular switch, connection, painting etc., as required

    each 8

    7 Supplying and fixing 3 pin, 5 amp. Ceiling rose on the existi ng junction box/ wooden block including connection etc. As required

    each 10

    8 Installation, testing and commissioning of ceiling fan, including wiring the down rods of standard length (upto 30 cm) with 1.5 sqmm FR PVC insulated, copper conductor, single core cable etc., as required

    each 6

  • 34

    Rate (Rs.) S.No. Particulars Unit Qty.

    (In figures)

    (In words)

    Amount (Rs.)

    9 Supplying and fixing call bell/ buzzer suitable for DC/ AC single phase, 230 volts, complete as required

    each 1

    10 Installation, testing and commissioning of pre-wired, fluoroscent fitting/ compact fluoroscent fitting of all types, complete with all accessories and tubes etc., directly on ceiling/ wall, including connection with 1.5 sqmm FR PVC insulated, copper conductor, single core cable and earthing etc., as required

    each 15

    11 Earthing with GI earth plate 600 mm x 600 mm x 6 mm thick including accessories, and providing masonary enclosure with cover plate having locking arrangement and watering pipe etc. (but without charcoal or coke and salt) as required

    set 2

    12 Extra for using sal t and coke for GI or copper plate earth electrode as required

    set 2

    13 Supplying and laying 6 SWG GI wire at 0.50 metre below ground level for conductor earth electrode, including soldering etc., as required

    Metre 30

    14 Supplying and drawing following pair, 0.5 sqmm FR PVC insulated copper conductor, unarmoured telephone cable in the existing surface/ recessed steel/ PVC conduit as required

    4 pair Metre 50 15 Supplying and fixing following modular

    switch / socket on the existing modular plate and switch box including connections but excluding modular plate etc., as required

    15(a) 5/6 amps switch each 35 15(b) 15/16 amp switch each 20 15(c) 3 pin 5/6 amp socket outlet each 10 15(d) 6 pin 15 /16 amp socket outlet each 10 15(e) Telephone socket outlet each 10

    16 Supplying and fixing 12 module (200 mm x 150 mm), GI box along with modular base and cover plate for modular switches in recess as required

    each 10

  • 35

    Rate (Rs.) S.No. Particulars Unit Qty.

    (In figures)

    (In words)

    Amount (Rs.)

    17 Supplying, installation, testing and commissioning of surface/ recess mounting, vertical type, 415 volts, prewired, TPN MCB distribution board of sheet steel, dust protected, duly phosphatized and powder painted, inclusive of 200 amps tinned copper busbar, common neutral link, earth bar, din bar for mounting MCB's, detachable gland/ knock out plate, and with built in loose wire box, and superior make terminal connectors for all incoming and outgoing circuits, duly prewired with adequate size of FR PVC insulated copper conductor upto the terminal connector/ neutral link and ready for installation of 6 way double door way (but without MCB's and incomer) as required.

    each 1

    18 Supplying and fixing 5 amps to 32 amps rating, 240 volts, 'B' series, miniature circuit braker suitable for lighting and other loads of following poles in the existing MCB DB complete with connections, testing and commissioning etc., as required

    18(a) Single Pole each 8 18(b) Triple pole and neutral each 2

    19 Supply of 2 x 36 W tubelight fitting complete with tube copper choke, starter etc., Make Philips/ Osram/ Bajaj or equivalent

    each 15

    20 Supply of 1400 mm 220 V ceiling fan make Havells/ Bajaj/ Usha/ Crompton Greaves or equivalent

    each 6

    21 Supply of 10 inch 220 V exhaust/ ventillation fan. Make Havells/ Bajaj/ Usha/ Crompton Greaves or equivalent

    each 2

    22 Supply of 2 x 14 W tubelight fitting complete with tube and choke. Make Philips/ Osram/ Bajaj or equivalent

    each 4

    Total Electrical Works ...(Sub-total-B)

    SIGNATURE OF THE BIDDER

  • 36

    CONSTRUCTION OF TESTING LABORATORY-CUM-OFFICE BUILDING AT BHUBANESWAR

    Abstract of Cost

    S.No. Particulars Amount (Rs.)

    1. Total of Civil Works (Sub-total A) 2. Total of Internal & External Electrical Works

    (Sub-total B)

    Grand Total Grand Total (Rupees in words) ---------------------------------------------------------------------only

    Signature of bidder with stamp